Wisconsin Bids > Bid Detail

2420--695-24-1-6969-0005 Skid Steer Loader

Agency:
Level of Government: Federal
Category:
  • 24 - Tractors
Opps ID: NBD00159682898253710
Posted Date: Jan 22, 2024
Due Date: Jan 22, 2024
Source: https://sam.gov/opp/07ce6a39d6...
Follow
2420--695-24-1-6969-0005 Skid Steer Loader
Active
Contract Opportunity
Notice ID
36C25224Q0213
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
252-NETWORK CONTRACT OFFICE 12 (36C252)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Jan 22, 2024 02:16 pm CST
  • Original Response Date: Jan 22, 2024 03:00 pm CST
  • Inactive Policy: Manual
  • Original Inactive Date: Feb 21, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 2420 - TRACTORS, WHEELED
  • NAICS Code:
    • 333120 - Construction Machinery Manufacturing
  • Place of Performance:
    5000 W National Ave Milwaukee , WI 53295-0001
    USA
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR QUOTE.
Â
The NCO 12, Great Lakes Acquisition Center, 115 S. 84th Street, Suite 101, Milwaukee, WI 53214, is performing market research to determine if there is a sufficient number of qualified: (1) Service-Disabled Veteran Owned Small Business (SDVOSB); (2) Veteran Owned Small Business (VOSB); or (3) Small or emerging small business firms, or (4) Other Than Small business firms, to provide a General Specifications Skid Steer Loader to the Clement J. Zablocki VA Medical Center Milwaukee, WI 53295-0001.
Â
General Requirements:

Skid Steer Loader must meet the below requirements:
Must be a turbocharged 4-cylinder diesel powered Skid Steer Loader
Must be Tier 4
Must have maximum:
Operating weight of 7,900 pounds
System relief pressure of 3045
Must have minimum:
207 cubic inch displacement engine.
torque rating of 232 LB ft.
68 net horsepower
25-gallon fuel tank
Height to hinge pin of 129 inches.
Height with loader arms at maximum height of 103 inches
Reach with bucket at full height of 31.9 inches.
Wheelbase of 52 inches
Tipping load capacity of 5,600 pounds
Operating load of 2,800 pounds
24.5 GPM at rated engine speed
Must have dual lift cylinders.
Must have dual bucket cylinders.
Must have vertical lift.
Must have a hydrostatic drive power train.
Must have hydrostatic pumps that are directly driven off the engine flywheel.
Must have hydrostatic pumps with two variable displacement piston pumps.
Must have standard two speed drive.
Must have heavy duty chain case with two heavy duty 100HD drive chains for each chain case.
Must have separate lubrication system for each chain case.
Must have externally adjustable final drive chains.
Must have gear type pump hydraulic system.
Must have high flow auxiliary hydraulic with minimum 37.6 GPM at rated engine speed.
Must have fully functional auxiliary hydraulic system with ISO flat face hydraulic quick couplers that supply.
hydraulic oil flow to attachments
Must have standard 14 pin connector for auxiliary attachment multifunction control.
Must have 12w-volt electrical system with minimum 120-amp alternator.
Must have single 1000 CCA maintenance free battery with master disconnect switch and jumper posts.
Must have air suspension seat.
Must have completely sealed cab with HVAC.
Must come with standard and demo front door.
Must have hand and foot controls.
Must have lap bar.
Must have keyless start with anti-theft lockout.
Must have backlit controls.
Must have reverse camera.
Must have rear view mirror.
Must have LCD Function display which will have maintenance tracking and fault code display with descriptions.
Must have blue tooth radio with speakers.
Must have back up alarm
Must have lockable service engine hood.
Must have operator compartment floor cleanout.
Must have forward tilting cab for component access.
Must have engine start lock-out if operator is not seated.
Must have automatic boom and bucket control lock-out if operator leaves seat.
Must have horn.
Must have block heater.
Must have boom safety stop applied manually from inside cab.
Must have one-way self-leveling and ride control.
Must have 12x16.5 severe duty tires.
Must have FOPS level 2.
Must have hose attachment guide.
Must have four corner LED strobes.
Must have rust proof protection spray.
Must come with Operator training, delivery to VA Milwaukee, WI Grounds building 107.
Must include freight charges and dealer prep.
Must come with Maintenance and service manual, paper, and disc.

All interested firms who can meet the requirements stated above should respond, in writing,
INCLUDING ALL THE FOLLOWING:
Company name.
Address.
Point of contact (name/title/telephone number/e-mail address).
FSS / SEWP Contract number, if applicable.
UIE number.
Tax ID number.
Indication of which business category (SDVOSB, VOSB, Small Business or Other Than Small Business) for which the organization qualifies.
A capability statement that addresses the organizations qualifications and ability to provide the requirement depicted above.
Documentation from manufacturer (i.e. correspondence from manufacturer) of your firm being an authorized distributor for the manufacturer.
Â

852.219-76Â VA Notice of Limitations on Subcontracting Certificate of Compliance for Supplies and Products.
As prescribed in 819.7011(c), insert the following clause. The contracting officer shall tailor the clause in paragraph (a)(2)(iii) as appropriate:
VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SUPPLIES AND PRODUCTS (JAN 2023) (DEVIATION)
(a) Pursuant to 38 U.S.C. 8127(l)(2), the offeror certifies that
(1) If awarded a contract (see FAR 2.101 definition), it will comply with the limitations on subcontracting requirement as provided in the solicitation and the resultant contract, as follows: [Offeror check the appropriate box]
(i) [ ] In the case of a contract for supplies or products (other than from a non-manufacturer of such supplies), it will not pay more than 50% of the amount paid by the government to it to firms that are not certified SDVOSBs listed in the SBA certification database as set forth in 852.219-73 or certified VOSBs listed in the SBA certification database as set forth in 852.219-74. Any work that a similarly situated certified SDBOSB/VOSB subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted.
(ii) [ ] In the case of a contract for supplies from a nonmanufacturer, it will supply the product of a domestic small business manufacturer or processor, unless a waiver as described in 13 CFR 121.406(b)(5) is granted. The offeror understands that, as provided in 13 CFR 121.406(b)(7), such a waiver has no effect on requirements external to the Small Business Act, such as the Buy American Act or the Trade Agreements Act.
(2) Manufacturer or nonmanufacturer representation and certification. [Offeror fill-in check each applicable box below. The offeror must select the applicable provision below, identifying itself as either a manufacturer or nonmanufacturer]:
(i) [ ] Manufacturer or producer. The offeror certifies that it is the manufacturer or producer of the end item being procured, and the end item is manufactured or produced in the United States, in accordance with paragraph (a)(1)(i).
(ii) [ ] Nonmanufacturer. The offeror certifies that it qualifies as a nonmanufacturer in accordance with the requirements of 13 CFR 121.406(b) and paragraph (a)(1)(ii). The offeror further certifies it meets each element below as required in order to qualify as a nonmanufacturer. [Offeror fill-in check each box below.]
[ ] The offeror certifies that it does not exceed 500 employees (or 150 employees for the Information Technology Value Added Reseller exception to NAICS code 541519, which is found at 13 CFR 121.201, footnote 18).
[ ] The offeror certifies that it is primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied.
[ ] The offeror certifies that it will take ownership or possession of the item(s) with its personnel, equipment, or facilities in a manner consistent with industry practice.
(iii) [ ] The offeror certifies that it will supply the end item of a small business manufacturer, processor, or producer made in the United States, unless a waiver as provided in 13 CFR 121.406(b)(5) has been issued by SBA. [Contracting Officer fill-in or removal (see 13 CFR 121.1205). This requirement must be included for a single end item. However, if SBA has issued an applicable waiver of the nonmanufacturer rule for the end item, this requirement must be removed in the final solicitation or contract.]

or [Contracting officer tailor clause to remove one or other block under subparagraph (iii).]
[ ] If this is a multiple item acquisition, the offeror certifies that at least 50% of the estimated contract value is composed of items that are manufactured by small business concerns. [Contracting Officer fill-in or removal. See 13 CFR 121.406(d) for multiple end items. If SBA has issued an applicable nonmanufacturer rule waiver, this requirement must be removed in the final solicitation or contract.]
(3) The offeror acknowledges that this certification concerns a matter within the jurisdiction of an Agency of the United States. The offeror further acknowledges that this certification is subject to Title 18, United States Code, Section 1001, and, as such, a false, fictitious, or fraudulent certification may render the offeror subject to criminal, civil, or administrative penalties, including prosecution.
(4) If VA determines that an SDVOSB/VOSB awarded a contract pursuant to 38 U.S.C. 8127 did not act in good faith, such SDVOSB/VOSB shall be subject to any or all of the following:
(i) Referral to the VA Suspension and Debarment Committee;
(ii) A fine under section 16(g)(1) of the Small Business Act (15 U.S.C. 645(g)(1)); and
(iii) Prosecution for violating 18 U.S.C. 1001.
(b) The offeror represents and understands that by submission of its offer and award of a contract it may be required to provide copies of documents or records to VA that VA may review to determine whether the offeror complied with the limitations on subcontracting requirement specified in the contract or to determine whether the offeror qualifies as a manufacturer or nonmanufacturer in compliance with the limitations on subcontracting requirement. Contracting officers may, at their discretion, require the contractor to demonstrate its compliance with the limitations on subcontracting at any time during performance and upon completion of a contract if the information regarding such compliance is not already available to the contracting officer. Evidence of compliance includes, but is not limited to, invoices, copies of subcontracts, or a list of the value of tasks performed.
(c) The offeror further agrees to cooperate fully and make available any documents or records as may be required to enable VA to determine compliance. The offeror understands that failure to provide documents as requested by VA may result in remedial action as the Government deems appropriate.
(d) Offeror completed certification/fill-in required. The formal certification must be completed, signed and returned with the offeror s bid, quotation, or proposal. The Government will not consider offers for award from offerors that do not provide the certification, and all such responses will be deemed ineligible for evaluation and award.
Certification:
I hereby certify that if awarded the contract, [insert name of offeror] will comply with the limitations on subcontracting specified in this clause and in the resultant contract. I further certify that I am authorized to execute this certification on behalf of [insert name of offeror].
Printed Name of Signee:Â ________________________________________
Printed Title of Signee:Â _________________________________________
Signature:Â ___________________________________________________
Date:Â _____________________
Company Name and Address:Â ______________________________________
________________________________________________________________
(End of clause)

Submit responses to the Contracting Specialist, Waymon McNeal, at Waymon.McNealjr@va.gov no later than 3:00 PM (Central Standard Time), 25 January 2024.
Â
36C25224Q0213 Skid Steer Loader shall be referenced on all correspondence regarding this announcement.
Â
Â
TELEPHONIC INQUIRIES WILL NOT BE ACCEPTED.
Â
The NAICS Code 333120 - Construction Machinery Manufacturing, is applicable to this acquisition; the size standard is 1250 employees. Interested firms are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11 required registration in the Systems for Award Management (SAM) database prior to award of a contract. The Government will use responses to this notice to make an appropriate acquisition decision. This is the only notice; no other copies of this notice will be provided.
Attachments/Links
Contact Information
Contracting Office Address
  • GREAT LAKES ACQUISITION CENTER 115 S 84TH ST
  • MILWAUKEE , WI 53214
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 22, 2024 02:16 pm CSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >